Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2010 FBO #3297
MODIFICATION

U -- Strategic Communications

Notice Date
12/2/2010
 
Notice Type
Modification/Amendment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
W91DHM1305C516
 
Archive Date
12/25/2010
 
Point of Contact
Lynn W. Conatser, Phone: 910-432-1246
 
E-Mail Address
lynn.conatser@soc.mil
(lynn.conatser@soc.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE, BUT RATHER A REQUEST FOR INFORMATION (RFI) from industry that will allow the Government to identify interested sources capable of meeting the requirement. The information sought herein is for planning purposes only and shall not be construed as a request for quote (RFQ), request for proposal (RFP), invitation for bid (IFB), or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the RFI. The Government does not intend to award a contract on the basis of this RFI, or otherwise pay for any information submitted by respondents to this request. This notice is for market research purposes only and is not indicative of a full requirement. Should a requirement arise, the full requirement will be detailed in the solicitation. The United States Army Special Operations Command (USASOC) on behalf of the 95th Civil Affairs Brigade seeking to identify 8(a), HUBZone, Service Disabled Veteran Owned Small Business, or Small Business Firms capable of providing contractor support for the following: SCOPE OF WORK: Contractor shall provide a 5 day course that teaches Soldiers and leaders the principles of strategic communications and how to apply those principles when communicating with senior leadership and executives. The course should be specifically designed to teach communications skills desired when briefing Ambassadors, Senior Embassy Staff, Members of Congress, General Officers and other executive level decision makers. A combination of classroom instruction, student presentations and scenario based training should be utilized to teaches Soldiers how to establish credibility, present material in a professional manner, communicate key themes and messages, avoid pitfalls, and convince decision makers to decide favorably. This training must include instruction in effective email communications and guidelines for written executive summaries. The desired end-state is that the students complete the course having gained experience, confidence and increased their ability to effectively communicate with executives and senior leaders. TRAINING OBJECTIVES: Curriculum for this conference shall include the topics listed below:  Determine whether to pursue negotiations or to meet objectives and mission requirements in other ways  Establish a strategy to effectively communicate in order to facilitate the success of personal interactions and for organizational communications  Establish all necessary protocols for executive communications  Discuss the crucial elements of every meeting  Obtain adequate information to establish and support an executive level meeting strategy  Establish rapport and trust  Recognize and manipulate non-verbal communications  Termination of meetings and defining points of agreement  Preparing meeting reports to include results, biographic, and other information.  Fundamentals of behavior and communication  Overviews of cultures and society. Cross-cultural concepts of status, leadership, and organization.  Conflict management and constructive confrontation. DELIVERABLES: Contractor shall provide training in accordance with the following:  Quantity: Contractor shall provide six (6) courses with 12 students per course for a total of 72 students  Schedule: Training shall begin as soon as practicable with all courses completed within one year of contract date. Period of performance will be two (2) courses in the first quarter of FY 11, one (1) course in the second quarter of FY 11, two (2) courses in the third quarter of FY 11 and two (2) courses in the fourth quarter of FY11. Refinement of training dates will be made after award with no less than 30-day notice to the contractor to begin training.  Price is inclusive of all training materials, facility usage, instructors, role players, and for locations more than 350 miles away from Fort Bragg, meals and lodging PERSONNEL AND EQUIPMENT: Contractor shall provide:  All necessary support and role players for practical exercises.  Student handouts and all training equipment not identified as Government-provided.  Meals and double-occupancy lodging for all proposed locations outside the preferred location of Fayetteville, North Carolina.  All practical exercises digitally videoed, and copies provided to the student for future improvement Projected Schedule* 1 (6) courses spread across the four (4) quarters of FY11 Interested parties are requested to submit a capabilities statement that clearly demonstrates their corporate capabilities. The capabilities statement should not exceed 15 pages and must provide a summary of relevant experience and knowledge that addresses the entire scope of the statement of work. Key elements to consider in your submission are technical approach to meeting the requirement, prior experience in teaching the same or similar courses. The narrative must include information on personnel to include the number of years of experience and relevant certifications. The statement should also include substantive current and/or recent past performance references that identify the contract number, customer, contract value, type of contract, period of performance, prime or subcontractor designation, a brief description of the services, and the Contracting Officer's Representative's (COR's) name, email address, and phone number. The anticipated North American Industry Classification Standards (NAICS) is 611430, Professional and Management Development Training with a size standard of $7M. Contractors interested in performing these services should be registered in Central Contractor Registration (www.ccr.gov). Contractors responding to this Sources Sought are asked to provide the following information: company's full name and address, DUNS number, business size (whether they are a large, small, small-disadvantaged, 8(a), HUBZone, woman-owned, historically black college or university and/or minority service institute), address, and a point of contact. Please also advise the government of pending changes in the business size status. In addition, respondents shall provide average annual revenues for the past 3 years and number of employees; affiliate information: parent company, joint venture partners, potential teaming partners; and any additional documentation such as company literature and brochures. Responses shall be submitted electronically via email to lynn.conatser@soc.mil. If an interested source is not able to contact the Contracting Office via email, information/correspondence/requests may be submitted to the point of contact cited above via facsimile, (910) 432-9345. All responses shall be submitted by 4 PM EST on 10 December 2010. For information regarding this notice, contact Ms. Lynn Conatser via email at the address above. Failure to respond to this RFI does not preclude participation in any future associated request for quotations that may be issued. Respondents to this request will NOT be notified of the results. However, a solicitation based on the results of this notice will be issued. Documentation provided must address all required elements listed herein; providing only a reference to a website is unacceptable for purposes of this announcement and will not be considered or reviewed. All proprietary or corporate data received shall be clearly identified and shall be protected from release to sources outside the Government. Please do not submit classified material.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/W91DHM1305C516/listing.html)
 
Place of Performance
Address: Fort Bragg, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN02337754-W 20101204/101202234553-8db0c2c198f1ada194e549bcfdf6476e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.